Invitation To Bid: Traffic Control Striping and Markings

Size: px
Start display at page:

Download "Invitation To Bid: Traffic Control Striping and Markings"

Transcription

1 City of Hoover, Alabama Invitation To Bid: Traffic Control Striping and Markings Bid # City of Hoover Purchasing Department

2 TABLE OF CONTENTS I. INSTRUCTIONS FOR SUBMITTAL OF BIDS... 2 II. GENERAL INFORMATION FOR BIDDERS... 3 III. GENERAL CONDITIONS OF THE CONTRACT... 6 IV. SUPPLEMENTAL CONDITIONS OF THE CONTRACT... 7 V. SPECIFICATIONS VI. FORMS VII. APPENDICES

3 I. INSTRUCTIONS FOR SUBMITTAL OF BIDS 1. Bid Proposal Forms: All bidders must use the enclosed Price Proposal Forms and Agreements (or copies thereof) to submit their Bid Proposal. No alternate or substitute pricing forms will be accepted. All Proposal responses must be typed or written in ink. 2. Submittal of Bids: All Bid Proposals must be submitted in sealed envelopes that are clearly marked with the following information: Bid # Traffic Control Striping and Marking. Proposals must be delivered, no later than the Submittal Deadline as specified in the Notice to Contractors, to the following address: City Clerk s Office Hoover City Hall 100 Municipal Lane Hoover, AL Electronic Transmittal of Proposals is Not Acceptable: Proposal submittals delivered by fax, electronic mail, or other electronic transmittal methods will NOT be accepted as qualified Proposals. 4. Late Bid Proposals are Not Acceptable: Proposals must be delivered, no later than the Submittal Deadline as specified in the Notice to Contractors. Late Bid Proposals will not be opened nor accepted as qualified Proposals. 5. No Bid: If you choose not to bid yet desire to remain on the city s vendor/supplier list for future consideration, please submit an envelope by the Proposal deadline with NO BID clearly marked on the proposal form and on the outside of the sealed envelope. 6. Tax Exempt Pricing: Proposal prices must not include state or local sales taxes or federal excise tax. The City is exempt for such taxes and will provide documentation of such exemption upon request. 7. Notice of Award: Records showing successful bidder and prices will be placed on file within the City Clerk s Office and may be examined upon request. 8. Bid Proposal Instructions: Bidders are asked to retain these instructions, conditions, and specifications for future reference. This document and its attachments will become part of your contract with the City of Hoover if you are the successful bidder. 9. Inquiries: All questions regarding this Invitation to Bid should be directed to: Barbara Janchus Purchasing Specialist (205) janchusb@ci.hoover.al.us Ben Powell Director of Purchasing (205) powellb@ci.hoover.al.us End of Instructions Section 2

4 II. GENERAL INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: The City of Hoover (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled-in. Bids will be received by the Owner at the office of The City Clerk of the City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216, by the Submittal Deadline, and then at said office publicly opened and read aloud. Each bid must be submitted in a sealed envelope bearing on the outside the name of the Bidder, the Bidder s license number, the Bidder s address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. 2. Preparation of Bid: a. Each bid submitted must consist of: 1) The Bid Proposal on the prescribed form; 2) A Bid Bond; 3) Certification of Bidder regarding State of Alabama Licensing. b. All blank spaces for bid prices must be filled-in, in ink or typewritten, and the required documents and certifications must be fully completed and executed when submitted. 3. Quantities: It is the City s intent to purchase approximate quantities as described herein. However, the City reserves the right to purchase greater or fewer quantities of each product or service at the Bid Contract Unit Prices during the Contract Period. The City reserves the right to use other Contractors to provide services and materials as needed. 4. Subcontracts: The Bidder is specifically advised that any person or other party to whom it is proposed to award a subcontract under this contract: a. Must be acceptable to and pre-approved by the Owner. b. Although the Bidder is not required to attach such approval of proposed subcontractors to his/her bid, the Bidder is hereby advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. 5. Qualifications of Bidder: The Owner may make such investigations as he/she deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the 3

5 contract and to complete the work contemplated therein. Conditional bids will not be accepted. 6. Bid Security: Each bid must be accompanied by an original bid bond prepared on the Bid Bond Form attached hereto, duly executed by the Bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% (not to exceed $10,000.00) of the bid. A cashier s check, payable to the City of Hoover, may be submitted in lieu of a Bid Bond. Such Bid Bond or Cashier s Check will be returned promptly after the Owner and the accepted Bidder have executed the contract, or if no award has been made within 30 days after the date of the opening of bids, upon demand of the Bidder at any time thereafter, so long as he/she has not been notified of the award of his/her bid. 7. Liquidated Damages for Failure to Enter into Contract: The successful Bidder, upon his/her failure or refusal to execute and deliver the contract and bonds required within ten (10) days after he/she has received notice of the acceptance of his/her bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his/her bid. 8. Bidder Responsible For Understanding Scope of Work, Conditions of Contract: At the time of the opening of bids each Bidder will be presumed to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument or document shall in no way relieve any Bidder from any obligation in respect of his/her Bid. Each Bidder/Contractor must inform him/herself fully of the conditions relating to the project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of his/her obligation to furnish all material and labor necessary to carry out the provisions of his/her contract. Insofar as possible, the contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 9. Addenda and Interpretations: No interpretation of the meaning of the plans, specification or other pre-bid documents will be made to any Bidder verbally. Every request for such interpretation should be in writing addressed to Assistant Executive Director, 100 Municipal Lane, Hoover, AL 35216, and to be given consideration must be received at least five forty-eight (48) hours prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective Bidders (at the respective addresses furnished for such purposes), not later than three (3) days prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addendum or interpretation shall not relieve such Bidder from any obligation under his/her Bid as submitted. All addenda so issued shall become part of the contract documents. 10. Security for Faithful Performance: Simultaneously with his/her delivery of the executed contract, the contractor shall furnish a Performance surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the General Conditions 4

6 included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 11. Power of Attorney: Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 12. Notice of Supplemental Conditions: Attention is particularly called to those parts of the contract documents and specifications which deal with Supplemental Conditions of the Contract. 13. Laws and Regulations: The Bidder s attention is directed to the fact that all applicable State laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. End of General Information for Bidders Section 5

7 III. GENERAL CONDITIONS OF THE CONTRACT The General Conditions of the Contract are specified and defined within the Alabama Department of Transportation Standard Specifications For Highway Construction, Latest Edition, Sections 101 through 109, and are attached hereto as Appendix A. End of General Conditions Section 6

8 IV. SUPPLEMENTAL CONDITIONS OF THE CONTRACT A. SCOPE OF WORK The work shall consist of providing all labor, materials, equipment and services necessary to provide traffic control markings and striping within the City of Hoover, Alabama for a period of one year unless the contract is terminated early or is extended beyond one year by mutual consent of the City and the Contractor. B. STANDARDS FOR MATERIALS AND WORKMANSHIP All materials and workmanship shall conform to: 1. Contract Plans and Specifications; 2. Alabama Department of Transportation s Standard Specifications for Construction, Latest Edition; 3. Alabama Department of Transportation s Special and Standard Highway Drawings, Latest Edition; 4. Alabama Department of Transportation Guidelines for Operation; 5. Manual on Uniform Traffic Control Devices (MUTCD), Latest Edition; 6. Part 6 (Temporary Traffic Control) of the Manual on Uniform Traffic Control Devices (MUTCD), Latest Edition; and 7. City of Hoover Standard Specifications, Policies and Procedures. C. CONTRACT DURATION Provisions of this contract will be in effect for a period of one (1) year. At the end of said term, the City may wish to negotiate with the Contractor for an extension of this Agreement for two (2) additional one-year periods. Such renewal/extension of this Agreement, if any, shall be by written agreement of the parties, and on terms and conditions mutually agreed upon in said written agreement. D. AWARD AND/OR REJECTION OF BIDS Except as described elsewhere in this paragraph, the contract will be awarded to the lowest responsible bidder who meets or exceeds all product specifications. The total price bid/proposed for the Estimated Annual Quantity (ALL ITEMS) will be the basis for determining the lowest bidder. The City of Hoover may award the bid in any manner that is in the best interest of the City and it reserves the right to reject any and all bids for any reason. Irregular proposals and unbalanced bids shall be handled in accordance with ALDOT Standard Specifications for Highway Construction, Latest Edition. E. PRICING AND ADJUSTMENTS THEREOF Pricing for all services listed in the Bid Proposal shall be fixed at the bid price and shall not be adjusted during the initial term of the agreement. Rates for services performed and materials acquired during the second and third years, if the contract is renewed, may be negotiated between the City and the Contractor, but in no case shall the rates be increased more than the increase in the Consumer Price Index (CPI) for All Urban Consumers South Region as published by the Bureau of Labor Statistics for the preceding twelve (12) month period. F. DOCUMENTS REQUIRED PRIOR TO NOTICE TO PROCEED Upon award of the bid, the successful bidder shall submit the following documents to the City within thirty (30) calendar days after the Bid has been awarded: 1. Two original paper forms of the fully-executed contract, and 7

9 2. A performance bond in the amount of 100% of the total bid amount, and 3. A payment bond in the amount of 50% of the total bid amount, and 4. Proof of required State and Local licensing, and 5. Proof of required insurance, 6. Proof of compliance with Federal and State Immigration Laws, and 7. A list of proposed subcontractors for City approval. G. NOTICE TO PROCEED, COMMENCEMENT, AND COMPLETION OF WORK A Notice to Proceed shall be issued following receipt of all documents as required above. The Contractor shall be obligated to commence work at the time specified by the City of Hoover representative in such Notice to Proceed and shall complete work within the time allotted in the Notice to Proceed. H. TRAFFIC CONTROL The Contractor will be responsible for providing all traffic control, in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) requirements, within all project and work areas. The City Engineer or Project Inspector may require the contractor to increase the level of traffic control if conditions warrant additional safety measures. The City of Hoover shall provide police officers to direct traffic during emergency maintenance situations if required. I. WORK SCHEDULE Work shall be performed between the hours of 7:00 am and 7:00 pm on Monday - Friday. All weekend or holiday work and all other deviations from this Work Schedule must be approved by the City Engineer or Project Inspector prior to performance of such work. Lane closures or temporary lane blockages will not be permitted for routine maintenance activities between the hours of 7:00 to 9:00 a.m. or 4:00 to 6:00 p.m. J. PAYMENTS Payment(s) for services rendered and materials used under this contract shall be made to the Contractor on either a per-assignment or per-month basis whichever is mutually agreed upon by the City and Contractor prior to the commencement of each work assignment. Payment shall be made for actual services and materials used to complete each work assignment. All invoices must be detailed and shall, at a minimum, describe the nature of the assignment, location of work, date(s) of work, and materials used in the completion of work. K. INTENT AND INTERPRETATION OF THE CONTRACT DOCUMENTS 1. INTENT: It is the intent of the Contract Documents that the Contractor shall properly execute and complete the Work described by the Contract Documents, and unless otherwise provided in the Contract, the Contractor shall provide all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work, in full accordance with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. 2. COMPLEMENTARY DOCUMENTS: The Contract Documents are complementary. If Work is required by one Contract Document, the Contractor shall perform the Work as if it were required by all of the Contract Documents. However, the Contractor shall be required to perform Work only to the extent that is consistent with the Contract 8

10 Documents and reasonably inferable from them as being necessary to produce the indicated results. 3. ORDER of PRECEDENCE: Should any discrepancy arise between the various elements of the Contract Documents, precedence shall be given to them in the following order unless to do so would contravene the apparent Intent of the Contract Documents as stated above: The Contract. Contract Addenda, with those of later date having precedence over those of earlier date. Supplemental Conditions of the Contract. General Conditions of the Contract. The Specifications provided within the Invitation to Bid document. Standard Specifications incorporated into this Bid and Contract by reference. 4. ORGANIZATION: Except as may be specifically stated within the technical specifications, neither the organization of the Specifications into divisions, sections, or otherwise, nor any arrangement of the Specifications shall control how the Contractor subcontracts portions of the Work or assigns Work to any trade. 5. INTERPRETATION: The Contract Documents shall be interpreted collectively, each part complementing the others and consistent with the Intent of the Contract Documents as stated above. Furthermore: Unless an item shown or described in the Contract Documents is specifically identified to be furnished or installed by the Owner or others or is identified as Not In Contract ( N.I.C. ), the Contractor s obligation relative to that item shall be interpreted to include furnishing, assembling, installing, finishing, and/or connecting the item at the Contractor s expense to produce a product or system that is complete, appropriately tested, and in operative condition ready for use or subsequent construction or operation of the Owner or separate contractors. The omission of words or phases for brevity of the Contract Documents, the inadvertent omission of words or phrases, or obvious typographical or written errors shall not defeat such interpretation as long as it is reasonably inferable from the Contract Documents as a whole. Except as noted otherwise, references to standard specifications or publications of associations, bureaus, or organizations shall mean the latest edition of the referenced standard specification or publication as of the date of the Advertisement for Bids. In the case of inconsistency between Specifications for the Work and Standard Specifications established by reference or within either document not clarified by addendum, the better quality or greater quantity of Work shall be provided in accordance with the Engineer s interpretation. Generally, portions of the Contract Documents written in longhand take precedence over typed portions, and typed portions take precedence over printed portions. 9

11 Any doubt as to the meaning of the Contract Documents or any obscurity as to the wording of them shall be promptly submitted in writing to the Engineer for written interpretation, explanation, or clarification. 6. SEVERABILITY: The partial or complete invalidity of any one or more provision of this Contract shall not affect the validity or continuing force and effect of any other provision. L. SUPPLEMENTAL DEFINITIONS Words or phrases used in the Contract Documents which have well-known technical or industry meanings are to be interpreted consistent with such recognized meanings unless otherwise indicated. The following terms are defined in lieu of or are supplementary to the terms defined in the General Conditions and the intent and meaning shall be interpreted as follows: 1. CITY: The City of Hoover, or any agency that may be designated by the Legislature as its successor. 2. CONTRACT: The Contract is the embodiment of the Contract Documents. The Contract represents the entire and integrated agreement between the Owner and Contractor and supersedes any prior written or oral negotiations, representations or agreements that are not incorporated into the Contract Documents. The Contract may be amended only by a Contract Change Order or a Modification to the Contract. The contractual relationship which the Contract creates between the Owner and the Contractor extends to no other persons or entities. The Contract consists of the following Contract Documents, including all additions, deletions, and modifications incorporated therein before the execution of the Contract: Notice to Contractors Instructions to Bidders Conditions of the Contract (General, Supplemental, and Other Conditions) Specifications (including Drawings, Diagrams and Exhibits, if any) Bid Proposal Bid Bond Performance Bond Payment Bond Contract Contract Change Orders 3. CONTRACT SUM: The Contract Sum is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. The term Contract Sum means the Contract Sum stated in the Contract as may have been increased or decreased by Change Order(s) in accordance with the Contract Documents. 4. CONTRACT TIME: The Contract Time is the period of time in which the Contractor must achieve Substantial Completion of the Work. The date on which the Contract Time begins is specified in the written Notice to Proceed issued to the Contractor by the Owner. The term Contract Time means the Contract Time stated in the Contract as may have been extended by Change Order(s) in accordance with the Contract Documents. 10

12 5. CONTRACTOR: The Contractor is the person or persons, firm, partnership, joint venture, association, corporation, cooperative, limited liability company, or other legal entity, identified as such in the Contract. The term Contractor means the Contractor or the Contractor s authorized representative. 6. DAY: The term day as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. 7. DEFECTIVE WORK: The term Defective Work shall apply to: (1) any product, material, system, equipment, or service, or its installation or performance, which does not conform to the requirements of the Contract Documents, (2) in-progress or completed Work the workmanship of which does not conform to the quality specified or, if not specified, to the quality produced by skilled workers performing work of a similar nature on similar projects in the state, (3) substitutions and deviations not properly submitted and approved or otherwise authorized, (4) temporary supports, structures, or construction which will not produce the results required by the Contract Documents, and (5) materials or equipment rendered unsuitable for incorporation into the Work due to improper storage or protection. 8. DIRECTOR: The Executive Director or Assistant Executive Director of the City of Hoover. 9. DRAWINGS: Drawings are the portions of the Contract Documents showing graphically the design, location, layout, and dimensions of the Work, in the form of plans, elevations, sections, details, schedules, and diagrams. 10. ENGINEER: The Engineer is the person or entity lawfully licensed to practice engineering in the State of Alabama, who is employed by or under contract with the Owner as the primary design professional for the Project. The term Engineer means the City Engineer or the City Engineer s authorized representative. If the employment of the Engineer is terminated, the Owner shall employ a new Engineer whose status under the Contract Documents shall be that of the former Engineer. If the primary design professional for the Project is a Professional Engineer, the term Engineer shall be substituted for the term Professional Engineer wherever it appears in this document. 11. INSPECTOR OR PROJECT INSPECTOR: The City of Hoover s employee or designee to whom the Project is assigned relative to executing the respective inspections and authorities described in these Specifications. 12. OWNER: The Owner is the City of Hoover, Alabama. The term Owner means the Owner or the Owner s authorized representative. The term Owner as used herein shall be synonymous with the term Awarding Authority as defined and used in Title 39 - Public Works, Code of Alabama, 1975, as amended. 13. SPECIFICATIONS: The Specifications are that portion of the Contract Documents which set forth in writing the standards of quality and performance of products, equipment, materials, systems, and services and workmanship required for acceptable performance of the Work. 14. SUBCONTRACTOR: A Subcontractor is a person or entity who is undertaking the performance of any part of the Work by virtue of a contract with the Contractor. The term Subcontractor means a Subcontractor or its authorized representatives. 15. WORK: The Work is the services that are required by the Contract Documents and includes all labor, materials, supplies, equipment, and other items and services as are necessary to produce the required construction and to fulfill the Contractor s obligations under the Contract. The Work may constitute the entire Project or only a portion of it. 11

13 M. TERMINATION OF CONTRACT The City of Hoover reserves the right to terminate, without cause, the Contract at any time, provided that the City furnishes the contractor with a fifteen (15) day notice advising the contractor of such early termination. N. PERFORMANCE AND PAYMENT BONDS 1. GENERAL: Upon signing and returning the Contract to the Owner for final approval and execution, the Contractor shall, at the Contractor s expense, furnish to the Owner a Performance Bond in a penal sum equal to 100% of the Contract Sum and a Payment Bond in a penal sum equal to 50% of the Contract Sum. Each bond shall be on the form contained in the Project Manual, shall be executed by a surety company (Surety) acceptable to the Owner and duly authorized and qualified to make such bonds in the State of Alabama in the required amounts, shall be countersigned by an authorized, Alabama resident agent of the Surety who is qualified to execute such instruments, and shall have attached thereto a power of attorney of the signing official. The provisions of this Article are not applicable to this Contract if the Contract Sum is less than $50,000, unless bonds are required for this Contract in the Supplemental General Conditions. 2. PERFORMANCE BOND: Through the Performance Bond, the Surety s obligation to the Owner shall be to assure the prompt and faithful performance of the Contract and Contract Change Orders. The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. In case of default on the part of the Contractor, the Surety shall take charge of and complete the Work in accordance with the terms of the Performance Bond. Any reasonable expenses incurred by the Owner as a result of default on the part of the Contractor, including architectural, engineering, administrative, and legal services, shall be recoverable under the Performance Bond. 3. PAYMENT BOND: Through the Payment Bond the Surety s obligation to the Owner shall be to guarantee that the Contractor and its Subcontractors shall promptly make payment to all persons supplying labor, materials, or supplies for, or in, the prosecution of the Work, including the payment of reasonable attorney s fees incurred by successful claimants or plaintiffs in civil actions on the Bond. Any person or entity indicating that they have a claim of nonpayment under the Bond shall, upon written request, be promptly furnished a certified copy of the Bond and Contract by the Contractor, Engineer, or City of Hoover, whoever is recipient of the request. 4. CHANGE ORDERS: The Penal Sum shall remain equal to the Contract Sum as the Contract Sum is adjusted by Contract Change Orders. All Contract Change Orders involving an increase in the Contract Sum will require consent of Surety by endorsement of the Contract Change Order form. The Surety waives notification of any Contract Change Orders involving only extension of the Contract Time. 5. EXPIRATION: The obligations of the Contractor s performance bond surety shall be coextensive with the contractor s performance obligations under the Contract Documents; provided, however, that the surety s obligation shall expire at the end of the one-year warranty period(s). 12

14 O. SAFETY STANDARDS, ACCIDENT PREVENTION, FIRST AID With respect to all work performed under this contract, the contractor shall: 1. Comply with the safety standards provisions of applicable federal, state, and local laws, building, and construction codes. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his/her office or other well known place at the job site, all materials necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor s care of persons (including employees), who may be injured on the job site before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor s care. P. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall defend, indemnify, and hold harmless the Engineer, Engineer s consultants, City of Hoover, and their agents, elected officials, boards, employees, and consultants (hereinafter collectively referred to as the Indemnitees ) from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of, related to, or resulting from performance of the Work, provided that such claim, damage, loss or expense is (1) attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including loss of use resulting therefrom, and (2) is caused in whole or in part by negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by them, or anyone for whose acts they may be liable, regardless of whether or not it is caused in part, or is alleged but not legally established to have been caused in part, by a party indemnified under this contract. 1. This indemnification shall extend to all claims, damages, losses and expenses for injury or damage to adjacent or neighboring property, or persons injured thereon, that arise out of, relate to, or result from performance of the Work. 2. This indemnification does not extend to the liability of the Engineer, or the Engineer s Consultants, agents, or employees, arising out of (1) the preparation or approval of maps, opinions, reports, surveys, field orders, Change Orders, or specifications, or (2) the giving of or the failure to give directions or instructions, provided such giving or failure to give instructions is the primary cause of the injury or damage. 3. This indemnification does not apply to the extent of the sole negligence of the Indemnitees. Q. INSURANCE REQUIREMENTS 1. GENERAL: RESPONSIBILITY. The Contractor shall be responsible to the Owner from the time of the signing of the Contract or from the beginning of the first work, whichever shall be earlier, for all injury or damage of any kind resulting from any negligent act or omission or breach, failure or other default regarding the work by the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of who may be the owner of the property. INSURANCE PROVIDERS. Each of the insurance coverages required below shall be issued by an insurer licensed by the Insurance 13

15 Commissioner to transact the business of insurance in the State of Alabama for the applicable line of insurance, and such insurer (or, for qualified self-insureds or group self-insureds, a specific excess insurer providing statutory limits) must have a Best Policyholders Rating of "A-" or better and a financial size rating of Class V or larger. NOTIFICATION ENDORSEMENT. Each policy shall be endorsed to provide that the insurance company agrees that the policy shall not be canceled, changed, allowed to lapse or allowed to expire for any reason until thirty days after the Owner has received written notice by certified mail as evidenced by return receipt or until such time as other insurance coverage providing protection equal to protection called for in the Contract Documents shall have been received, accepted and acknowledged by the Owner. Such notice shall be valid only as to the Project as shall have been designated by Project Name in said notice. INSURANCE CERTIFICATES. The Contractor shall procure the insurance coverages identified below, or as otherwise required in the Contract Documents, at the Contractor's own expense, and to evidence that such insurance coverages are in effect, the Contractor shall furnish the Owner an insurance certificate(s) acceptable to the Owner and listing the Owner as the certificate holder. The insurance certificate(s) must be delivered to the Owner with the Contract and Bonds for final approval and execution of the Contract. The insurance certificate must provide the following: 1) Name and address of authorized agent of the insurance company 2) Name and address of insured 3) Name of insurance company or companies 4) Description of policies 5) Policy Number(s) 6) Policy Period(s) 7) Limits of liability 8) Name and address of Owner as certificate holder 9) Project Name and Number, if any 10) Signature of authorized agent of the insurance company 11) Telephone number of authorized agent of the insurance company 12) Mandatory thirty day notice of cancellation / non-renewal / change DEDUCTIBLES AND SELF-INSURED RETENTIONS. The Contractor will be responsible for deductibles and self-insured retentions for claims made under its policies. ADDITIONAL INSURED and CONTRACTOR S INSURANCE AS PRIMARY. The Contractor s insurance policies shall name the City of Hoover, and its agents elected officials, boards, and employees, as Additional Insureds, shall state that this coverage shall be primary insurance for Additional Insureds, and shall be Non-Contributory with regard to any insurance carried by the Owner 14

16 and shall contain no exclusions of the Additional Insured(s) relative to job related injuries or illness. The benefits of being an Additional Insured shall also extend to include completed operations coverage under General Liability. COMBINATION OF COVERAGES. Any combination of primary and umbrella/excess coverage is acceptable as long as it satisfies the combined minimum coverage limits of each line. The limits specified below shall not reduce the coverage available if the Contractor carries higher limits. 2. INSURANCE COVERAGES The Contractor shall possess the types of insurance coverages with liability limits not less than as follows: WORKERS' COMPENSATION and EMPLOYER S LIABILITY INSURANCE: 1) Workers Compensation coverage shall be provided in accordance with the statutory coverage required in Alabama. A group insurer must submit a certificate of authority from the Alabama Department of Industrial Relations approving the group insurance plan. A selfinsurer must submit a certificate from the Alabama Department of Industrial Relations stating the Contractor qualifies to pay its own workers compensation claims. 2) Employer s Liability Insurance limits shall be at least: (i) Each accident - $1,000,000 (ii) Disease each employee $1,000,000 (iii) Disease policy limit $1,000,000 3) No Proprietor/Partner/Executive Officer/Member of the Contractor shall be excluded. 4) The Contractor s worker s compensation policy shall contain a waiver of Subrogation Clause in favor of the Owner. COMMERCIAL GENERAL LIABILITY INSURANCE: Commercial General Liability Insurance shall be written on an ISO Occurrence Form (current edition as of the date of Advertisement for Bids), or equivalent. The Commercial General Liability Insurance shall provide, at minimum, the following: $1,000,000 per occurrence $2,000,000 general aggregate with dedicated limits per project $2,000,000 completed operations aggregate limits per project Additional Insured Endorsements Blanket contractual liability Blasting and explosion, collapse of structure and underground damage (XCU) shall not be excluded Bodily Injury and broad form property damage arising from premises operation liability 15

17 Contractor s Liability Personal Injury liability Products & Completed Operations Liability, maintained for at least seven years after completion of project Punitive damages shall not be excluded Severability of interests COMMERCIAL AUTOMOBILE LIABILITY INSURANCE: 1) Commercial Automobile Liability Insurance which shall include coverage for bodily injury and property damage arising from the operation of any owned, non-owned, or hired automobile. The Commercial Automobile Liability Insurance Policy shall provide not less than $1,000,000 Combined Single Limits for each occurrence. COMMERCIAL UMBRELLA OR EXCESS LIABILITY INSURANCE: 1) Commercial Umbrella or Excess Liability Insurance to provide excess coverage above the Commercial General Liability, Commercial Automobile Liability and the Employer s Liability coverage of Workers Compensation. 2) Minimum Excess/Umbrella Limits of: $ 5,000,000 per Occurrence $ 5,000,000 Aggregate 3) The policy must be on an "occurrence" basis. 3. SUBCONTRACTORS INSURANCE: WORKERS' COMPENSATION and EMPLOYER S LIABILITY INSURANCE. The Contractor shall require each Subcontractor to obtain and maintain Workers' Compensation and Employer s Liability Insurance coverages or to be covered by the Contractor s Workers' Compensation and Employer s Liability Insurance while performing Work under the Contract. LIABILITY INSURANCE. The Contractor shall require their Subcontractor to obtain and maintain the following insurance coverage: General Liability -- $1,000,000 per occurrence; $2,000,000 per aggregate; $2,000,000 completed operations aggregate. Commercial Automobile Liability of not less than $1,000,000 Combined Single Limit for any owned, non-owned or hired automobiles. Commercial Umbrella or Excess Liability Coverage of $4,000,000 per occurrence and $4,000,000 aggregate to provide excess coverage above the Commercial General Liability, Commercial Automobile Liability and the Employer s Liability coverage of Worker s Compensation. All coverage shall be in effect at all times that a Subcontractor is performing Work under the Contract. 16

18 4. TERMINATION of OBLIGATION to INSURE: Unless otherwise expressly provided in the Contract Documents, the obligation to carry insurance coverages shall remain in effect after the Date(s) of Substantial Completion until such time as all Work required by the Contract Documents is completed. Equal or similar insurance coverages shall remain in effect if, after completion of the Work, the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, returns to the Project to perform warranty or maintenance work pursuant to the terms of the Contract Documents. 5. WAIVERS of SUBROGATION: The Contractor, and any subcontractors they may hire, shall have a waiver of subrogation in favor of the Owner on all insurance policies required in this Agreement. R. CONTRACTOR S WARRANTY 1. GENERAL WARRANTY: The Contractor warrants to the Owner and Engineer that all materials and equipment furnished under the Contract will be of good quality and new, except such materials as may be expressly provided or allowed in the Contract Documents to be otherwise, and that none of the Work will be Defective Work. 2. ONE-YEAR WARRANTY: If, within one year after the date of Substantial Completion of the Work or each designated portion of the Work (or otherwise as agreed upon in a mutually-executed Certificate of Substantial Completion), any of the Work is found to be Defective Work, the Contractor shall promptly upon receipt of written notice from the Owner or Engineer, and without expense to either, replace or correct the Defective Work to conform to the requirements of the Contract Documents, and repair all damage to the site, the building and its contents which is the result of Defective Work or its replacement or correction. The one-year warranty for punch list items shall begin on the Date of Substantial Completion if they are completed or corrected within the time period allowed in the Certificate of Substantial Completion in which they are recorded. The one-year warranty for punch list items that are not completed or corrected within the time period allowed in the Certificate of Substantial Completion, and other Work performed after Substantial Completion, shall begin on the date of Final Acceptance of the Work. The Contractor s correction of Work pursuant to this warranty does not extend the period of the warranty. The Contractor s one-year warranty does not apply to defects or damages due to improper or insufficient maintenance, improper operation, or wear and tear during normal usage. Upon recognizing a condition of Defective Work, the Owner shall promptly notify the Contractor of the condition. If the condition is causing damage to the building, its contents, equipment, or site, the Owner shall take reasonable actions to mitigate the damage or its continuation, if practical. If the Contractor fails to proceed promptly to comply with the terms of the warranty, or to provide the Owner with satisfactory written 17

19 verification that positive action is in process, the Owner may have the Defective Work replaced or corrected and the Contractor and the Contractor s Surety shall be liable for all expense incurred. Year-end Inspection(s): An inspection of the Work or each separately completed portion thereof, is required near the end of the Contractor's one-year warranty period(s). The subsequent delivery of the Engineer s report of a Year-end Inspection will serve as confirmation that the Contractor was notified of Defective Work found within the warranty period. The Contractor s warranty of one year is in addition to, and not a limitation of, any other remedy stated herein or available to the Owner under applicable law. 3. SPECIAL WARRANTIES: The Contractor shall deliver to the Owner through the Engineer all special or extended warranties required by the Contract Documents from the Contractor, Subcontractors, and suppliers. The Contractor and the Contractor s Surety shall be liable to the Owner for such special warranties during the Contractor s one-year warranty; thereafter, the Contractor s obligations relative to such special warranties shall be to provide reasonable assistance to the Owner in their enforcement. 4. ASSUMPTION of GUARANTEES of OTHERS: If the Contractor disturbs, alters, or damages any work guaranteed under a separate contract, thereby voiding the guarantee of that work, the Contractor shall restore the work to a condition satisfactory to the Owner and shall also guarantee it to the same extent that it was guaranteed under the separate contract. S. ALABAMA IMMIGRATION LAW COMPLIANCE REQUIREMENTS 1. Bidder/Vendor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or fails to use E-Verify to verify the eligibility to legally work in the United States for all of its new hires who are employed to work in the State of Alabama. Without limiting the foregoing, Vendor shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien. 2. Vendor shall also enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, shall remain enrolled throughout the entire course of its performance hereunder, shall supply to the CITY a copy of its E-Verify Memorandum of Understanding and such other documentation as CITY may require to confirm Vendor s enrollment in the E-Verify Program and shall allow the CITY to inspect its records to confirm such compliance. 3. Vendor agrees that it shall, not knowingly, allow any of its suppliers, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project, and shall include in all of its contracts a provision substantially similar to this paragraph. If 18

20 Vendor receives actual knowledge of the unauthorized status of one of its employees in the State of Alabama, it will remove that employee from the project, jobsite or premises of CITY and shall comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended. Bidder/Vendor shall require each of its suppliers, or other parties with whom it has a contract, to act in a similar fashion. If Vendor violates any term of this provision, this Agreement will be subject to immediate termination by CITY. 4. To the fullest extent permitted by law, Bidder/Vendor shall defend, indemnify and hold harmless CITY from any and all losses, consequential damages, expenses (including, but not limited to, attorneys fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Vendor s failure to fulfill its obligations contained in this paragraph. 5. The following language is required by (k) Code of Alabama 1975 to be placed in all contracts covered by the Act: By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. If there is no formal written contract between CITY and the Bidder/Vendor, such as where business is conducted by purchase order, this document shall serve as the Alabama Immigration Compliance Contract. If you have received a copy of this Proposal Document and choose to do business with the CITY, it will be deemed that you have accepted the terms even if you fail to sign and return the Agreement. T. STATE AND LOCAL LICENSING REQUIREMENTS In order for his/her Bid to be considered, the Bidder must comply with all applicable State and local laws regarding contractor licensing requirements, including, but not limited to: a. Code of Alabama et. Seq. Code of Alabama, 1975, related to licensing of General Contractors within the State of Alabama. The Contractor must submit documentation that supports that it is presently licensed as a General Contractor by the State of Alabama Licensing Board for General Contractors. The Contractor must remain a in good standing with regard to such licensing for the duration of the Contract Period including all renewals thereof, if any. b. Code of Alabama Prohibited Acts; Penalties; Any person, firm or corporation not being duly authorized who shall engage in the business of general contracting in this state, except as provided for in this chapter, and any person, firm or corporation presenting or attempting to file as its own the license certificate of another, or who shall give false or forged evidence of any kind to the board, or to any member thereof, in obtaining a certificate of license, or who falsely shall impersonate another, or who shall use an expired or revoked certificate of license, and any person including an owner, architect or engineer who receives or considers a bid from any one not properly licensed under this chapter, shall be deemed guilty of a misdemeanor and shall for each offense of which he is convicted be punished by a fine of not less than $ or imprisonment of six months, or both fine and imprisonment, in the discretion of the court. The submission of the contractor s current license number before considering 19

21 the bid shall be sufficient evidence to relieve the Owner, architect, engineer or awarding authority of any liability under this chapter. c. Code of Alabama Copy of Chapter to be Included in Plans of Architects and Engineers; All architects and engineers preparing plans and specifications for work to be contracted in the State of Alabama shall include in their invitations to Bidders and their specifications a copy of this chapter or such portions thereof as are deemed necessary to convey to the invited Bidder, whether he is a resident or nonresident of this state and whether a license has been issued to him or not, the information that it will be necessary for him to show evidence of license before his bid is considered. (Acts 1935, No. 297, p.721; Code 1940, T.46, Section 79; Acts 1959, No. 571, p.1429.) U. ADDITIONAL PROPOSAL REQUIREMENTS, TERMS, AND CONDITIONS 1. Each and every item listed must be included in your Proposal or it may be disqualified. 2. In order to submit a responsive Proposal, it is important that all terms, conditions, and specifications are read and understood thoroughly. Please, therefore, sign each and every page of the Bid Proposal portion of this document in the space provided and submit all such signed pages with your Proposal submittal. End of Supplemental Conditions Section 20

22 V. SPECIFICATIONS A. SCOPE OF WORK The contractor is to furnish all labor, materials, equipment, and incidentals required to complete the specified traffic control striping and marking work as described herein. Work assignments shall be made on an as needed basis during the term of the contract and the City and Contractor shall coordinate the work to be conducted in an effective and efficient manner so as to ensure that deadlines are met and city expenses are minimized. B. DEADLINES FOR COMMENCEMENT/COMPLETION OF WORK ASSIGNMENTS For each and every work assignment performed under the terms and conditions of this bid/contract, the Contractor shall be obligated to commence work at the time specified by the City of Hoover representative in the Notice to Proceed and shall complete work within the time allotted in the Notice to Proceed. C. SPECIFICATIONS, GENERALLY Unless specified otherwise within these Bid Specifications and attachments thereto, the Contract shall be administered and Work shall be performed in accordance with ALDOT Standard Specifications for Highway Construction, Latest Edition Sections 101 through 109. For convenience, those specifications are attached hereto as Appendix A and are indexed as follows: Section 101 Definition of Terms Section 102 Proposal Requirements and Conditions Section 103 Award and Execution of Contract Section 104 Scope of Work Section 105 Control of Work Section 106 Control of Materials Section 107 Legal Relations and Responsibility to Public Section 108 Prosecution and Progress Section 109 Measurement and Payment D. SPECIFICATIONS FOR WORKMANSHIP Placement of striping, legends, and pavement markers shall be performed in accordance with ALDOT Standard Specifications for Highway Construction, Latest Edition Sections 701 through 705. For convenience, those specifications are attached hereto as Appendix B and are indexed as follows: Section 701 Traffic Stripe Section 703 Traffic Control Markings and Legends Section 705 Pavement Markers E. SPECIFICATIONS FOR MATERIALS All materials shall meet the requirements of ALDOT Standard Specifications for Highway Construction, Latest Edition Sections 856, 857, and 882. Materials testing may be conducted by the City of Hoover and/or its designee. For convenience, those specifications are attached hereto as Appendix C and are indexed as follows: Section 856 Traffic Marking Materials Section 857 Temporary Traffic Marking Materials Section 882 Pavement Markers End of Specifications Section 21

City of Hoover, Alabama Invitation To Bid Traffic Control Striping and Markings Bid # Bid # 14-13

City of Hoover, Alabama Invitation To Bid Traffic Control Striping and Markings Bid # Bid # 14-13 City of Hoover, Alabama Invitation To Bid Traffic Control Striping and Markings Bid # 14-13 Bid # 14-13 City of Hoover Purchasing Department 9/11/2013 City of Hoover, Alabama Invitation To Bid Traffic

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:

More information

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

GENERAL CONDITIONS of the CONTRACT

GENERAL CONDITIONS of the CONTRACT GENERAL CONDITIONS of the CONTRACT CONTENTS 1. Definitions 2. Intent and Interpretation of the Contract Documents 3. Contractor s Representation 4. Documents Furnished to Contractor 5. Ownership of Drawings

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

Document A Standard Form of Agreement Between Contractor and Subcontractor

Document A Standard Form of Agreement Between Contractor and Subcontractor Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT Back s Construction, Inc. 1602 Front Street, Suite 100 San Diego, CA 92101 Phone: 619-713-2566 Fax: 619-713-0992 MASTER SUBCONTRACT AGREEMENT This subcontract made and entered into this Monday, January

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

SECTION SUPPLEMENTARY CONDITIONS

SECTION SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA 52803 REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket

More information

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR EMERGENCY GENERATOR PREVENTATIVE MAINTENANCE & INSPECTIONS VARIOUS MOBILE FIRE DEPARTMENT LOCATIONS SC-042-18 City of Mobile, Alabama Building Services

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

HOOVER PUBLIC LIBRARY INVITATION TO BID

HOOVER PUBLIC LIBRARY INVITATION TO BID HOOVER PUBLIC LIBRARY INVITATION TO BID BID # 21-14 Proposal due date: Tuesday, July 15, 2014 at 3:00 p.m. Please complete the following form and return to Carrie Steinmehl, Technology Coordinator, as

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

THE CITY OF MOBILE MOBILE, ALABAMA

THE CITY OF MOBILE MOBILE, ALABAMA THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR SERVICE CONTRACT - OVERHEAD DOOR/COUNTER SHUTTER/ELECTRONIC GATE SERVICE VARIOUS CITY OF MOBILE FACILITIES PB-123-18 City of Mobile, Alabama 850 Owens

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526 CITY OF DAPHNE P.O. BOX 400 1705 MAIN STREET DAPHNE, ALABAMA 36526 RECYCLED CRUSHED CONCRETE AGGREGATE BID DOCUMENT #2018-L RECYCLED ROCK MATERIAL SUBMIT TWO (2) COPIES OF BID SUBMITTAL (One Original &

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

C R D A Capital Region Development Authority

C R D A Capital Region Development Authority C R D A Capital Region Development Authority 100 Columbus Boulevard Suite 500 Hartford, CT 06103-2819 Tel (860) 527-0100 Fax (860) 527-0133 www.crdact.net September 26, 2018 Addendum #3 Regional Market

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition)

GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition) GENERAL CONDITIONS of the CONTRACT FOR CONSTRUCTION for the ARCHDIOCESE OF CHICAGO (2004 Archdiocese Edition) TABLE OF CONTENTS ARTICLE 1...1 General Provision...1 1.1 Definitions...1 1.2 Execution, Correlation

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor Document A104 2017 Standard Abbreviated Form of Agreement Between Owner and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders

More information